Transcript

e-TENDER DOCUMENT

FOR

DESIGN, SUPPLY, INSTALLATION, COMMISSIONING AND 05

YEARS COMPREHENSIVE WARRANTY WITH MAINTENANCE OF

Solar High Mast Lighting System

(with Li-Ion Battery) IN

VARIOUS DISTRICTS OF UTTAR PRADESH

e-tender NO.- UPNEDA/Solar High Mast(W-LED, Li-Ion) /2016

Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA) (Deptt. of Additional Sources of Energy, Govt. of U.P.)

Vibhuti Khand, Gomti Nagar, Lucknow, U. P.

Tel.No. 91-0522-2720652, TeleFax: 0522-2720779, 2720829

Website:http://neda.up.nic.in e-mail: [email protected]

2 | P a g e

TABLE OF CONTENTS

TOPIC PAGE-NO.

PART-A

e-tender Notice 3

Covering Letter 4

Checklist of Annexure 5

Particulars of e-tender 8

General Particulars of Bidder 9

Declaration by Bidder 10

PART-2 Instructions to Bidders

Section –1 The e-tender document 11

Section -2 Eligibility condition 13

Section-3 Preparation of e-tender 17

Section-4 UPLOADING of e-tender 19

Section –5 e-tender opening and evaluation

20

Section -6: Procedure for Finalization of BID

21

PART-3 General conditions of contract

22

PART-4 Scope of work & Technical specification

29

PART-5 Warranty And Maintenance

37

PART-6 Technical Bid

38

PART-B Financial Bid

41

Handing Over Certificate 42

3 | P a g e

e-tender Notice Uttar Pradesh New and Renewable Energy Development Agency, (UPNEDA)

(Deptt. of Additional Sources of Energy, Govt. of U.P.) Vibhuti Khand, Gomti Nagar, Lucknow U P

Tel.No. 91-0522-2720652, TeleFax: 0522-2720779, 2720829 Website:http://upneda.org.in E-Mail: [email protected]

UPNEDA invites Online Bids from Prospective Bidders through e-tendering for the design, supply, installation, commissioning and 5 years comprehensive warranty with maintenance of following item at various sites in Uttar Pradesh as per the details given in e -tender document.

Sl. no Item e-tender No. Quantity

Required Fee of e-tender

Document

Earnest Money

1 Solar PV High Mast Light (White- LED light source and Li-Ion battery based)

UPNEDA/Solar High Mast (W-LED, Li-ion) /2016

Approximately 100 units

Rs 1,050.00 Rs 5.00 Lakh (Five lakh only)

The tender document is available at e-Procurement website http://etender.up.nic.in and UPNEDA website http://upneda.org.in from 18.03.2017. Interested bidders may view, download the e-Bid document, seek clarification and submit their e-Bid online up to the date and time mentioned in the table below:

(a) Date of Start of down loading and submission of e-tender document on web portal

18.03.2017 at e-Procurement web site http://etender.up.nic.in

(b) Pre-Bid meeting 24.03.2017, 11:30 AM

(c) Last date and time for submission of e- bids on web portal

17.04.2017 up to 06.00 PM

(d) Online technical e-Bid opening date & time

18.04.2017 at 11.00 AM

(e) Online financial e-Bid opening date & time (Only of technically qualified bidders)

20.04.2017 at 03.30 PM

(f) Venue of opening of technical & financial e-Bids

UPNEDA Head Office, Vibhuti Khand, Gomti Nagar, Lucknow-226010

The companies/firms who are registered at e-Procurement portal for e-tendering with U.P. Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for participating in this e-tender. All companies/firms who have not registered themselves with UPLC for e-tendering till date can get their registration done. The companies/firms may contact U.P. Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) for their Registration.

The bidders need to submit the proof/cost of e-Bid document fees and EMD as stated in the above table through Demand Draft as bid documents fees and bank guarantee as EMD in favour of Director, Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA), payable at Lucknow. The scanned copy of the Demand Draft and Bank guarantee must be enclosed along with the e-Bids. The original Demand Draft and bank guarantee along with the hard copy of the blank document with enclosures duly signed by bidders must reach the office of UPNEDA at Vibhuti Khand, Gomti Nagar Lucknow before opening time of technical e-Bid on due date, failing which, tender shall not be considered. Numbers of the system mentioned as above, may increase or decrease. Director, Uttar Pradesh New and Renewable Energy Development Agency, (UPNEDA) reserves the right to reject any or all tenders without assigning any reason thereof. The decision of Director, UPNEDA will be final and binding.

Director UPNEDA

4 | P a g e

2. Covering Letter:

FROM:-

(Full name and address of the Bidder)

………………………..

………………………….

To:

The Director ,

Uttar Pradesh New and Renewable Energy

Development Agency (UPNEDA)

Vibhuti Khand, Gomti Nagar, Lucknow- U. P.

Subject: -Offer in response to e-tender specification No:

UPNEDA/Solar High Mast (W-LED, Li-Ion) /2016)

Sir,

We hereby submit our offer in full compliance with terms & conditions of the

above e-tender. A blank copy of the e-tender, duly signed on each page is also

submitted as a proof of our acceptance of all specifications as well as terms/

Conditions.

We confirm that, we have the capability to supply, install and carryout 5 years

comprehensive warranty maintenance of more than …………. Solar PV White- LED

High Mast Light systems (with Li-Ion battery) in 4 months and ……. numbers in

a year. (Supporting document in proof of capacity should be attached)

The e-tender is to be uploaded in two separate files named Part-I for technical

bid & Part-II for Financial Bid only.

(Signature of Bidder)

With Seal

5 | P a g e

3. Check list of Annexure

(The following information/documents are to be annexed and flagged by the Bidders along with the BID)

S.N. Annexure No Particulars Yes/No, Flag No.

1.

Annexure-I (a) Annexure-I (b)

Details of Tender document fees ( Demand Draft no, date, amount and bank name) Details of Earnest money (bank guarantee no. and date, (valid for four months)

2.

Annexure-II The bidder is a Manufacturing Company/Firm/ Corporation Registered in India of SPV Cells / Modules / Li-ion Battery / PV System Electronics (conforming to relevant National / International Standards)

OR a PV System Integrator-- At least 2000 Solar Photovoltaic Lighting Systems (LED based) should have been installed / commissioned (A copy of the order and certificate indicating its successful execution to be enclosed)

3.

Annexure-III

III(a) III(b) III(c)

III(d)

III(e)

III(f)

Following Test Certificates & Reports for components specified in technical bid

i. SPV Modules

a) IEC 61215 edition II/ IS 14286 for Crystalline Modules

b) IEC 61730 Part 1 & 2

c) STC Performance Report –I V curve

ii. Li-Ion Batteries – MNRE / NABL authorized test centre report.

iii. Balance of System

a) LED – LM-80-08; Luminaire- LM-79-08

b) Luminaries and charge controller housing- IP 65

4.

Annexure-IV Test Certificate for the complete Solar Street Lighting System (W-LED, Li-Ion battery) from a MNRE/ NABL authorized testing center. (Test Certificate should have been issued on or after 1st April 2013.)

5.

Annexure-V A copy of valid CST /State VAT/ TIN registration certificate

6 | P a g e

6

Annexure-VI

Overall Average Annual Turnover of the Company/Firm/ Corporation in the last three financial years ( A summarized sheet of turnover of last three Financial Years (2012-13, 2013-14 and 2014-15) certified by registered CA)

7.

Annexure-VII

MNRE accredited off- Grid Channel Partner/ Programme Administrator

OR Credit Rating (from MNRE Accredited Rating Agency) of “SP 2C” and above

8.

Annexure-VIII

A summarized sheet of cumulative experience of last three Financial Years (i.e. 2012-13, 2013-14 and 2014-15) in PV Systems/power plants certified by registered CA

9.

Annexure-IX

Bidder’s cumulative experience* in last 10 years in supply and installation/commissioning of total number of Solar PV Lighting Systems Cumulative nos.: >5,000 nos. > 10,000 nos.

10.

Annexure-X Value of a “Single Order” of Installation, commissioned and 5 yrs O & M of Solar LED lighting systems executed by the Bidder (A copy of the order indicating its value and certificate indicating its successful execution) Valued more than Rs. 0.50 crore Valued more than Rs. 1.0 Crore

11.

Annexure-XI

Bidder has Test Certificate for Solar Lanterns, Solar Home lighting System, Solar Street Lighting System, Solar Water Pumping System or SPV Modules, battery, Electronics, LED lighting unit etc from a MNRE authorized testing centre. (Test Certificate should have been issued on or after 1st April 2011.) Number of certificates::

12.

Annexure-XII

Cumulative Experience* of the Bidder in executing contracts Solar Photovoltaic Systems/ Power Plants (Installed & Commissioned) >250KWp >500KWp

13.

Annexure-XIII

The bidder has ISO 9001 certification

14.

Annexure-XIV

The bidder has ISO 14001 certification

15.

Annexure-XV

Authorization letter of the Bidder, for the person representing his firm, that he is authorized to discuss and with specific mention of this e-tender.

Annexure- Cumulative Experience* of the Bidder in executing

7 | P a g e

16.

XVI contracts (Installed & commissioned) of Stand Alone Solar P V Systems/ Power Plants: At least 50% of the tendered value At least 75% of the tendered value

17 Annexure- XVII

The bidder is a SPV Modules Manufacturing Company, Registered in India ,with a min. Capacity of -- 2 MWp per annum --- 5 MWp per annum

18 Annexure- XVIII

The bidder is a SPV cells Manufacturing Company, Registered in India, with a min. Capacity of --- 1 MWp per annum --- 2 MWp per annum

19 Annexure- XIX

Others XIX(i). An undertaking that the service centres will be opened in allotted district and list will be submitted before supply and installation for verification. XIX(ii). ----------------- XIX(iii). -------------------

* Please flag the annexure and write flag number in the box. Note:- Bids received without supporting documents for the various requirements mentioned in the tender document may be rejected.

(Signature of Bidder)

With Seal

8 | P a g e

4. Particulars of e-tender

1. e-tender no. UPNEDA/Solar High Mast (W-

LED, Li-Ion) /2016) 2. Particulars of the work Design, Supply, Installation,

Commissioning and 05 years warranty with comprehensive maintenance of Solar high mast lighting systems (W-LED light & Li-Ion battery based) at the identified sites by Uttar Pradesh New And Renewable Energy

Development Agency (UPNEDA)

3. Period of work Within 4 months from the date of award of work.

4. Last date and time of uploading of e-tender on NIC website

17.04.2017 up to 6.00 PM

5. Pre-bid meeting 24.03.2017 at 11:30 AM

6. Period of validity of rates for acceptance 3 months from opening of financial bid

7. Date and Time of opening of e-tender (Technical bid.)

18.04.2017 at 11.00 PM

8. Date and Time of opening of e-tender (Financial bid.)

20.04.2017 at 03.30 AM

9. Place of opening of e-tender UPNEDA, Head Office,Vibhuti Khand, Gomti Nagar, Lucknow, Uttar Pradesh.

1. Bidders are advised to study the tender Document carefully. Submission of e-Bid against this tender shall be deemed to have been done after careful study and examination of the procedures, terms and conditions of the tender Document with full understanding of its implications.

2. The e-Bid prepared in accordance with the procedures enumerated in ITB Clause 15 of Section-I should be submitted through e-Procurement website http://etender.up.nic.in.

3. The e-Bids will be electronically opened in the presence of bidder’s representatives, who choose to attend at the venue, date and time mentioned in the above table. An authority letter of bidders’s representative will be required to be produced.

4. In the event of date specified for e-Bids opening being declared a holiday for UPNEDA’s office then the due date for opening of e-Bids shall be the following working day at the appointed time and place.

5. All the required documents including Price Schedule/BOQ should be uploaded by the e-Bidder electronically in the PDF/XLS format. The required electronic documents for each document label of Technical (Fee details, Qualification details, e-Bid Form and Technical Specification details) schedules/packets can be clubbed together to make single different files for each label. All the enclosures should be scanned and uploaded with bid.

6. The companies/firms who are registered at e-Procurement portal for e-tendering with U.P. Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for participating in this e-tender. All companies/firms who have not registered themselves with UPLC for e-tendering till date can get their registration done. The companies/firms may contact the UPLC officials on phone numbers 0522-2286809, 0522-2288750 (O) 0522-4130303 (Extn: 303, 304 & 307), for their Registration/Digital Signature Certificate related queries.

(Signature of Bidder) With Seal

9 | P a g e

5. GENERAL PARTICULARS OF BIDDER

1 Name of Bidder

2 Postal Address

3 Mobile no.

4 Telephone, Telex, Fax No

5 E-mail

6 Web site

7 Name, designation and Mobile Phone No. of the representative of the Bidder to whom all references shall be made

9 Name and address of the Indian/foreign Collaboration if any

10 Have anything/extra other than price of items (as mentioned in price Schedule) been written in the price schedule.

11 Have the Bidder to pay arrears of income tax? If yes up to what amount?

12 Have the Bidder ever been debarred By any Govt. Deptt. / Undertaking for undertaking any work?

13 Supply capacity within 04 Months (Nos.)

14 Supply capacity in a Year (Nos.)

15 Details of offer (please mention number of pages and number of Drawings in the hard copy)

16 Reference of any other information attached by the tenderer (please Mention no. of pages & no. of drawings)

( Signature of Bidder) with Seal

10 | P a g e

6. DECLARATION BY THE BIDDER

REGARDING e-tender NO. UPNEDA/Solar High Mast (W-LED, Li-Ion) /2016)

I/We______________________________________________________ (hereinafter referred to as the Bidder) being desirous of e-tendering for the work under the above mentioned e-tender and having fully understood the nature of the work and having carefully noted all the terms and conditions, specifications etc. as mentioned in the e-tender document, DO HEREBY DECLARE THAT 1. The Bidder is fully aware of all the requirements of the e-tender document and agrees

with all provisions of the e-tender document. 2. The Bidder is capable of executing and completing the work as required in the e-tender. 3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the

performance of the e-tender. 4. The Bidder has no collusion with other Bidders, any employee of UPNEDA or with any

other person or firm in the preparation of the bid. 5. The Bidder has not been influenced by any statement or promises of UPNEDA or any of

its employees, but only by the e-tender document. 6. The Bidder is financially solvent and sound to execute the work. 7. The Bidder is sufficiently experienced and competent to perform the contract to the

satisfaction of UPNEDA. 8. The information and the statements submitted with the e-tender are true. 9. The Bidder is familiar with all general and special laws, acts, ordinances, rules and

regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein.

10. The Bidder has not been debarred from similar type of work by UPNEDA and or Government undertaking/ Department.

11. This offer shall remain valid for acceptance for 03 Months from the date of opening of financial bid of e-tender.

12. The Bidder gives the assurance to execute the e-tendered work as per specifications terms and conditions.

13. The Bidder confirms the capability to supply, install and carryout 5 years comprehensive warranty maintenance of more than …….. Solar high mast Systems (W-LED light source and Li-ion battery based) in 04 (Four) Months and ………………numbers in a year.

(Signature of Bidder) with SEAL

11 | P a g e

PART-2 : INSTRUCTION TO BIDDERS

SECTION 1: THE TENDER DOCUMENT 1.1 CONTENT OF e-tender DOCUMENT 1.1.1 The e-tender procedure and contract terms are prescribed in the e-tender Documents. In addition to the e-tender Notice the Bidding documents include.

PART-A Part-I 1 e-tender Notice 2 Covering Letter 3 Checklist of Annexures 4 Particulars of e-tender 5 General Particulars of Bidder 6 Declaration by Bidder Part – 2 : Instruction to Bidders Section -1 Contents of e-tender document Section -2 Eligibility condition Section-3 Preparation of e-tender Section-4 Submission of e-tender Section -5 e-tender opening and evaluation Section-6 Procedure for Finalisation of Bid Part – 3 : General Condition of Contract Part – 4 : Scope of Work & Technical specifications Part – 5 : Details of Warranty Part – 6 : Technical Bid

Part – B : Financial Bid

The Bidder is expected to examine all instructions, forms, terms and specifications as mentioned in the e-tender document. Failure to furnish all information required by the e-tender documents or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder's risk and is likely to result in out-right rejection of the e-tender

12 | P a g e

1.2 LOCAL CONDITIONS

It shall be imperative on each bidder to fully inform him of all local conditions and

factors, which may have any effect on the execution of the works covered under these documents and specifications. UPNEDA shall not entertain any request for clarifications from the Bidder, regarding such local conditions

1.3 CLARIFICATION: A prospective Bidder requiring any clarification of the e-tender Documents may contact UPNEDA in writing or by Fax at the UPNEDA's mailing address indicated in the Invitation for e-tender. .All are requested to remain updated with the website. No separate reply/ intimation will be

given elsewhere. Verbal clarifications and information's given by the UPNEDA or its employees

or its representatives shall not be in any way entertained

Enquiries/clarifications may be sought by the Bidder from:

Director, Uttar Pradesh New & Renewable Energy Development Agency, Vibhuti Khand, Gomti Nagar, Lucknow Phone: 0522-2720652 Fax: 0522-2720779, 2720829 Email: [email protected] Website: http://upneda.org.in

1.4 AMENDMENT OF e-tender DOCUMENTS

At any time prior to the submission of the e-tender the UPNEDA may for any reason, whether at its own initiative or in response to a clarification requested by the Bidder, modify the e-tender documents by amendments. Such document shall be made available on websites: http://upneda.org.in.; http://etender.up.nic.in and www.uplc.in. All are requested to remain updated with the website. No separate reply/ intimation will be given elsewhere.

13 | P a g e

SECTION 2: ELIGIBILITY CONDITIONS

Eligibility Conditions for Bidders 1. Minimum Eligibility Conditions:

The Bidder should be A Registered Manufacturing Company/Firm/ Corporation in India of SPV Cells / Modules Or Li-ion Battery Or PV System Electronics or LED Lights (Conforming to relevant National / International Standard s)

OR A PV System Integrator empanelled as channel partner accredited by the MNRE for off grid and decentralized solar application under JNNSM with MNRE. (At least 2000 Solar Photovoltaic Lighting Systems (LED) should have been installed /commissioned)

Bidder should have Test Certificate for the complete Solar High Mast lighting System (with W-Led light source and Li-Ion Battery based) from a MNRE/NABL authorized testing center. (Test Certificate should have been issued on or after 01st April 2013.)

The bidder should have last three years(i.e. FY 2012-13, 2013-14, and 2014-15) experience in executing contract of Solar Photovoltaic Systems/Power Plants (Installed and commissioned).

Cumulative Experience* of the Bidder in executing contracts of Solar Photovoltaic Systems/Power plants (Installed & Commissioned) should be at least 25% of the approx. tender value.

The Bidder should have valid CST /State VAT/ TIN registration certificate. A copy of which should be enclosed.

Overall Average Annual Turnover of the Company/Firm/ Corporation in the financial years (i.e. FY 2012-13, 2013-14, and 2014-15) should be at least Rs 134.00 Lakh (One crore thirty four Lakh) (This must only be the individual Company/Firm's turnover and not that of any group of Companies).

(A summarized sheet of average turnover of last three years (i.e. FY 2012-13, 2013-14, and 2014-15) certified by registered CA should be compulsorily enclosed)

14 | P a g e

2. Other Eligibility Conditions The “Financial bids” of only those bidders shall be opened, who qualify in “Minimum Eligibility Conditions” as above and score at least 60 Points in “technical evaluation”. The “Points” for the “technical evaluation” shall be assigned as under:

S.N. Criteria Point .

1 MNRE accredited off- Grid Channel Partner/ Programme Administrator OR Credit Rating (from MNRE Accredited Rating Agency ) of “SP 2C” and above

10

2 Cumulative Experience* of the Bidder in executing contracts of Solar Photovoltaic Systems/ Power Plant. (Installation & Commissioning of PV Systems/ Power Plants) >250KWp

>500KWp

5 10

3 Bidder’s cumulative experience in last 10 years in supply and installation/commissioning of total number of Solar PV Lighting Systems. Cumulative nos.: > 5,000 nos. > 10,000 nos

5 10

4 Value of a “Single Order ” * of PV Systems / Power Plants executed by the Bidder : Valued more than Rs. 0.50 Crore Valued more than Rs. 1.00 Crores

5 10

5 Cumulative Experience* of the Bidder in executing contracts (Installed & commissioned) of Stand Alone Solar P V Systems /Power Plants: At least 50% of the tendered value At least 75% of the tendered value

5 10

6 Bidder has Test Certificate for Solar Lanterns, Solar Home lighting System, Solar Street Lighting System, Solar Water Pumping System or SPV Modules, battery, Electronics etc from a MNRE authorized testing center. (Test Certificate should have been issued on or after April 2011.) Certificate for any two of the above Certificate for more than two of the above

5 10

15 | P a g e

7 The bidder is a SPV Modules Manufacturing Company, Registered in India ,with a min. Capacity of --- 2 MWp per annum --- 5 MWp per annum

5 10

8 The bidder is a SPV cells Manufacturing Company, Registered in India, with a min. Capacity of --- 1 MWp per annum --- 2 MWp per annum

5 10

9 The bidder has ISO 9001 certification 10

10 The bidder has ISO 14001 certification 10

Bidder’s experience should be in supply, installation/commissioning (contracts executed, completed and handed over) of Solar Photovoltaic Systems/ Power Plants for : MNRE supported Schemes / Programmes, (including Projects executed by channel partners availing MNRE support)

OR

Any Government Organisation/ Agency/ SNA / PSU.

16 | P a g e

SECTION 3: PREPARATION OF e-tender

3.1 LANGUAGE OF BID AND MEASURE

3.1.1 The e-tender prepared by the Bidder and all correspondence and documents relating to the bid

exchanged by the Bidder and UPNEDA shall be written in the English provided that any printed

literature furnished by the Bidder may be written in another language so long as accompanied by

an English translation of its pertinent passages in which case, for purpose of interpretation units of

measurement shall be MKS system.

3.2 DOCUMENTS COMPRISING THE BID

3.2.1 The e-tender prepared by the Bidder shall comprise the following components

(a) Covering letter as provided in e-tender document.

(b) General particulars of bidder, as provided in e-tender document.

(c) Declaration by The Bidder, as provided in e-tender document

(d) Documentary evidence establishing that the bidder is eligible to Tender and is qualified to perform

the contract if its tender is accepted. Check list of Annexures as provided in e-tender document

(e) A blank copy of the in e-tender document signed on each page, as a confirmation by the Bidder to

accept all technical specifications / commercial conditions along with all necessary enclosures.

(f) Authorization letter of the Bidder, for the person representing his Company/Firm/ Corporation,

that he is authorized to discuss and with specific mention of this e-tender

3.3 BID PRICE

3.3.1 The Bidder shall indicate prices on the appropriate financial bid schedule.

3.3.2 DUTIES AND TAXES

The price quoted should include all taxes and duties, custom duty, excise duty, service tax, sales

tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on income tax etc. if any. A

Bidder shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as per

Government income tax & service tax norms will be payable by the Bidder. TDS will be deducted

from the payment of the Bidder as per the prevalent laws and rules of Government of India and

Government of Uttar Pradesh in this regard.

3.4 BID CURRENCIES

3.4.1 Prices shall be quoted in Indian Rupees (INR) only

3.5 Security deposit/ Performance Guarantee:

3.5.1 The successful Bidders, who execute the agreement with UPNEDA for the work, shall have to furnish a security amount equivalent to 10% of total value of the contract in the form of Bank Guarantee valid for a period of 18 months from the date of execution of

17 | P a g e

agreement. The bank guarantee may be issued by a nationalized bank or State Bank of India or its subsidiary bank. Bank Guarantee shall be in favour of "Director, UPNEDA". The aforesaid Bank Guarantee shall be furnished prior to the execution of agreement.

3.6 PERIOD OF VALIDITY OF e-tender 3.6.1 Validity of the offer should be 3 months from the date of opening of the financial bid of

the e-tenders. Without this validity the e-tenders will be rejected. 3.6.2 In exceptional circumstances; the UPNEDA will solicit the Bidder’s consent to an

extension of the period of validity. The request and the response there of, shall be made in writing. The contract performance security provided under clause 3.5.1 above shall also be suitably extended.

3.7 BID SECURITY (Earnest Money) 3.7.1 The bidder shall furnish, as part of its bid, bid security of Rs. 5.00 lakhs (Five Lakh) in

the form of Bank guarantee issued by a nationalized bank, or State Bank of India and its subsidiary banks. The bank guarantee shall be valid for a period of 4 months from the opening of technical bid.

3.7.2 Any bid not secured with the tender fee and earnest money will be rejected by the UPNEDA as non-

responsive.

3.7.3 No Interest shall be payable on the amount of earnest money and the same will be

released, after the e-tenders have been decided, to those Bidders who fail to get the contract.

3.7.4 The e-tender security (earnest money) may be forfeited: a) If a Tenderer withdraws its e-tender during the period of e-tender validity specified by the

Bidder in the e-tender. b) If the successful Bidder fails to sign the contract within stipulated period. 3.7.5 EMD of successful bidder shall only be released after signing of agreement and

submission of 10% Security bank guarantee. 3.8 FORMAT AND SIGNING OF e-tender 3.8.1 The bid must contain the name, residence and places of business of the persons making the e-

tender and must be signed and sealed by the Bidder with his usual signature. The name and

designations of all persons signing should be typed or printed below the signature.

3.8.2 e-tender by corporation/ company must be signed with the legal name of the corporation/ company/firm by the ‘President’, Managing director or by the ‘Secretary’ or other designation or a person duly authorized

3.8.3 The original copy of the e-tender shall be typed or written in indelible ink and shall be

signed by the Bidder or a person duly authorized to bid and bidder to the contract. The letter of authorization shall be submitted along with power-of-attorney. All the pages of the bid shall be initialed by the person or persons signing the e-tender.

18 | P a g e

3.8.4 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder in which case such corrections shall be initialed by the person or persons signing the e-tender.

(Signature of Bidder) with SEAL

19 | P a g e

SECTION: 4: UPLOADING OF e-tender

4.1 Uploading of e-tender : The bid shall be uploaded online as per guide lines of U P

Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP). 4.1.1 The tender must be complete in all technical and commercial respect and should contain

requisite certificate, drawings, informative literature etc. as required in the specification. 4.1.2 First part-1 (part-A) should contain technical specification, brochure literature etc. All

parts of tender documents except financial bid should be uploaded as per e-procurement mode in due date and time. Scanned copy of Requisite earnest money in the form of Bank Guarantee should be enclosed.

4.1.3 The Bidder should submit price bid in Second part. Second part (part-B) should contain

financial bid only should be uploaded as per e-procurement mode in due date and time. Anything in regard of financial condition, payment terms, rebate etc. mentioned in financial bid may make the tender invalid. Therefore, it is in the interest of the Bidder not to write anything extra in part-II except price.

4.1.4 The original copy of uploaded document i.e. First part-1 (Part-A) is to be submitted by

Post /courier/by hand to UPNEDA HQ before opening of technical bid. 4.2 EXPENSES OF AGREEMENT: A formal agreement for a period of 01 (one) year shall be

entered into between UPNEDA and the contractor/ bidder for the proper fulfillment of the contract. The expenses of completing and stamping of the agreement shall be paid by the successful bidder.

4.3 DEADLINE FOR SUBMISSION OF BIDS: Bids must be uploaded by the tenderer in the date; time and address specified in the e-tender notice/ tender documents.

(Signature of Bidder)

with SEAL

20 | P a g e

SECTION 5: e-tender OPENING AND EVALUATION 5.1 OPENING OF e-tender The procedure of opening of the e-tender shall be as under: 5.1.1 First part-I (part-A) uploaded having e-tender specification no. and super scribed as

“Technical bid” shall be opened at the time and date mentioned in the e-tender notice by UPNEDA’s representatives in the presence of Bidders, who choose to be present.

5.1.2 Second part-II (Part-B) containing Financial Bid shall be opened (after obtaining

clarifications and establishing technical suitability of the offer) as per schedule. Second part of only those Bidders shall be opened whose first part (part-B) shall be found commercially clear and technically suitable.

CLARIFICATION OF e-tender 5.2.1 To assist in the examination, evaluation and comparison of bids the UPNEDA may at its

discretion ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing.

5.3 UPNEDA reserves the right to interpret the Bid submitted by the Bidder in accordance

with the provisions of this document and make its own judgment regarding the interpretation of the same. In this regard UPNEDA shall have no liability towards any Bidder and no Bidder shall have any recourse to UPNEDA with respect to the selection process. UPNEDA shall evaluate the Bids using the evaluation process specified in this document or as amended, at its sole discretion. UPNEDA’s decision in this regard shall be final and binding on the Bidders.

Signature of Bidder

with seal

21 | P a g e

SECTION-6: PROCEDURE FOR FINALIZATION OF BID

6.0 The Procedure for Finalization of BID would be as follows: 6.1 Finalization of BID:

First the Technical bids shall be opened and evaluated.

Then the price bid of technically qualified bidders shall be opened.

The lowest rate (L-1) will be the approved rates.

6.2 Finalization of Empanelment:

The lowest rate (i.e. L-1) received (and in turn approved by the competent authority) would be the “Approved Rate”.

Lowest Rate bidder (L1) should be awarded up to 60% of the total bid quantity or as per his capacity given in the e-bid, whichever is lower.

Initially “Approved Rate” would be offered equally to the next bidders (i.e. to L-2, L3 and so on) having rate quoted not more than 15% of lowest approved rates (L1) and will give consent to work on L1 rates, Shall be awarded equally the remaining 40% of total bid quantity or as per his capacity given in the bid whichever is lower.

UPNEDA will assign districts to the short listed contractor/ bidders /suppliers as and when districts are ready to take supplies. UPNEDA will place orders on the contractor/ bidder. UPNEDA may stagger supplies in a district depending on readiness of each village.

Training of the users and entrepreneurs/ operators will be arranged by the contractor/ bidder.

After work order is placed for work, should be executed within the time schedule stipulated in work order. In case of delay (for any reason other than due to Force Majeure conditions or any extension thereof granted to him by UPNEDA) a penalty equal to 1.0% of the price of the unperformed services for each week (For the purposes of calculation of delay, part of week shall be treated as week) of delay until actual performance up to a maximum deduction of 10% of the delayed services.

6.3 If required UPNEDA reserves the right to negotiate with (lowest) L-1 bidder before finalization of the tender.

6.4 UPNEDA reserves the right at the time of awarding the contract to increase or decrease the quantity of goods and locations of supply without any change in price or other terms and conditions.

6.5 UPNEDA reserves the right to accept any bid and to reject any or all bids. 6.6 NOTIFICATION OF AWARDING THE CONTRACT : List of successful Bidder(s) for contract shall be displayed on UPNEDA's website and shall

be intimated in writing to the contractor. 6.7 CONTRACT Before execution of the work, a contract agreement for execution of the work shall be

signed by the Bidder with UPNEDA within 15 days of communication from UPNEDA. In case agreement is not executed within the stipulated time, the earnest money will be forfeited.

Signature of Bidder with seal

22 | P a g e

PART 3 : GENERAL CONDITIONS OF CONTRACT

1.0 In the deed of contract unless the context otherwise requires:- 1.1 UPNEDA shall short list the successful bidder (s) on “Rate Contract" basis after verifying

their capacity. The Project shall be executed by UPNEDA. The successful bidder (s) shall have to sign the Contract with Uttar Pradesh New and Renewable Energy Development Agency, U.P. (UPNEDA).

DEFINITIONS 1.2. “UPNEDA’ shall mean The Director of UPNEDA or his representative and shall also include

its successors in interest and assignees. The “Contractor” shall mean (successful bidder) i.e. the person whose e-tender has been accepted by UPNEDA and shall include his legal representatives and successors in interest.

1.3 The agreement shall be on turn-key basis. The work shall be completed within 04 (four)

months from the date of placement of work order. However “UPNEDA” may in case of urgency ask the bidder to complete the work earlier, with the mutual consent of the contractor/ bidder. In case the contractor/ bidder fails to execute the said work within stipulated time, “UPNEDA” will be at liberty to get the work executed from the open market without calling any tender/ e-tender and without any notice to the contractor/ bidder, at the risk and cost of the contractor/ bidder. Any additional cost incurred by “UPNEDA” shall be recovered from the contractor/ bidder. If the cost of executing the work as aforesaid shall exceed the balance due to the contractor/ bidder, and the contractor/ bidder fails to make good the additional cost, “UPNEDA” may recover it from the contractor/ bidders’ pending claims against any work in “UPNEDA” or in any lawful manner.

1.4 That on the request of the contractor/ bidder and also in the interest of the organization the

“UPNEDA” is authorized to extend the validity of the agreement, subject to that the request of the contractor/ bidder is received before the expiry of the agreement period, or any extended period granted to the contractor/ bidder. Maximum period of extension shall be 2 months on the same terms and conditions as contained in this agreement.

1.5 The agreement shall be deemed to be extended till the date of completion of last work

order subject to the completion period as provided in the clause 1.3. 1.6 The contractor/ bidder, (i.e. the successful bidder), may operate in the State of Uttar

Pradesh through a single authorized dealer for execution of the orders placed on authorized dealer. It will be the sole responsibility of the contractor/ bidder, to execute orders placed as per time schedule, and to ensure quality parameters, specifications and other requirements provided in the e-tender document and as per agreement.

. 1.7 In the interest of the work and the programme, agreement executed between the

contractor/ bidder and the “UPNEDA” may be extended to a mutually agreed period, if the need so arises. It shall be sole responsibility of the contractor/ bidder to get verified the quality & quantity of the supplied material at the site of delivery.

23 | P a g e

2 LIQUIDATED DAMAGES 2.1 If the contractor/ bidder fails to perform the services within the time periods specified in the

contract (In case of delay for any reason other than due to Force Majeure conditions or any extension thereof granted to him by UPNEDA) the “UPNEDA” shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damage, a sum equivalent to 1.0% of the price of the unperformed services for each week (For the purposes as calculation of delay, part of week shall be treated as week) of delay until actual performance up to a maximum deduction of 10% of the delayed services. Once the maximum is reached, the “UPNEDA” may consider termination of the contract. In the case of violation of contract, UPNEDA may confiscate pending payments/ dues of the contractor/ bidder assigning specific reasons and shall also have the power to debar/ blacklist the contractor/ bidder in similar circumstances. UPNEDA may also invoke performance/security bank guarantee of 10%.

3 The contractor/ bidder shall have to comply with all the rules, regulations, laws and by-laws

for the time being in force and the instructions if any, of the organization, in whose premises the work has to be done. “UPNEDA” shall have no liability in this regard.

4 FORCE MAJEURE 4.1 Notwithstanding the provisions of clauses contained in this deed; the contractor/ bidder

shall not be liable for forfeiture of its performance security, liquidated damages, termination for default, if he is unable to fulfil his obligation under this deed due to event of force majeure circumstances.

4.2 For purpose of this clause, "Force majeure" means an event beyond the control of the

contractor/ bidder and not involving the contractor/ bidder's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of Government either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.

4.3 However, If a force majeure situation arises, the contractor/ bidder shall immediately notify

the “UPNEDA” in writing. The decision of the competent authority of UPNEDA in above conditions shall be final.

5 The High court of Judicature at Allahabad and Courts subordinate thereto, at Lucknow,

shall alone have jurisdictions to the exclusion of all other courts. 6 The contractor/ bidder shall not, without the consent in writing of “UPNEDA”, transfer,

assign or sublet the work under the contract or any substantial part thereof to any other party.

24 | P a g e

7 “UPNEDA” shall have at all reasonable time access to the works being carried out by the contractor/ bidder under the contract. All the work shall be carried out by the contractor/bidder to the satisfaction of “UPNEDA”.

8 If any question, dispute or difference what so ever shall arises between “UPNEDA” and the

contractor/ bidder, in the connection with the agreement except as to matters, the decisions for which have been specifically provided, either party may forthwith give to the other notice in writing of existence of such question, dispute or difference and the same shall be referred to the sole arbitration of the Principal Secretary/Secretary of the Uttar Pradesh or a person nominated by him not below the rank of Secretary. This reference shall be governed by the Indian Arbitration and Conciliation Act 1996, and the rules made there under. The award in such arbitration shall be final and binding on both the parties. Work under the agreement shall be continuing during the arbitration proceedings unless the “UPNEDA” or the arbitrator directs otherwise

9 “UPNEDA” may at any time by notice in writing to the contractor/ bidder either stops the

work all together or reduces or cut it down. If the work is stopped all together, the contractor/bidder will only be paid for work done and expenses distinctly incurred by him as on preparation or the execution of the work up to the date on which such notice is received by him. Such expenses shall be assessed by “UPNEDA”, whose decision shall be final and bidding on the contractor/ bidder. If the work is cut down the contractor/ bidder will not be paid any compensation what so ever for the loss or profit which he might have made if he had been allowed to complete all the work included in the contract.

10 INSPECTION AND TESTS 10.1 The following inspection procedures and tests are required by the “UPNEDA” in the

presence of “UPNEDA”’s representative if so desired by “UPNEDA”. 10.2 The “UPNEDA” or its representative shall have the right to inspect and / or to test the goods

to confirm their conformity to the contract. The special conditions of contract and/ or the Technical specifications shall specify what inspections and test the “UPNEDA” required.

10.3 INSPECTION AT WORKS. 10.3.1 The “UPNEDA”, his duly authorized representative shall have at all reasonable times

access to the contractor/ bidders premises or works and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the works during its manufacture.

10.3.2 The contractor/ bidder shall give the “UPNEDA” , 15 day's written notice of any material

being ready for testing. It shall be mandatory that such notice should reach “UPNEDA” within 30 days of placement of work order. Such tests shall be on the contractor/ bidder's accounts/ expenses except for the expenses of the inspector. “UPNEDA” reserves the full rights, to waive off inspection of material.

10.3.3 The contractor/ bidder are required to get the entire lot of the ordered material

inspected at one time, before the supply of the materials. In case the contractor/ bidder fails to get the entire lot inspected at one time, the total expenses of the further inspection will be borne by the supplier/contractor/ bidder.

25 | P a g e

10.3.4 UPNEDA will bear the inspector cost at only one manufacturing plant. If a component is produced in more than one location, then the cost of positioning the inspection in the second and subsequent plants would be borne by the successful Bidder at their cost.

10.3.5 The inspection by “UPNEDA” and issue of dispatch instruction there on shall in no way

limit the liabilities and responsibilities of the contractor/ bidder in respect of the agreed quality assurance programme forming a part of the contract.

11. WARRANTY 11.1 The contractor/ bidder shall warrant as per standards for quality that anything to be

furnished shall be new, free from all defects and faults in material, workmanship and manufacture, shall be of the highest grade and consistent with established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly. Nothing in clause 10 above shall in any way release the contractor/ bidder from any guarantee or other obligations under this contract.

11.2 Performance of Equipment: In addition to the warranty as already provided, the

contractor/bidder shall guarantee satisfactory performance of the equipment and shall be responsible for the period or up to the date specified in clause 11.3 hereof after the equipment has been accepted by the “UPNEDA” to the extent for any defects that may develop such defects shall be removed at his own cost when called upon to do so by the “UPNEDA”

11.3 The Warranty period shall be 25 Years for the PV modules and 5 years for complete

system including battery from the date of commissioning and handing over of the system. The contractor/ bidder shall rectify defects developed in the system within Warranty period promptly. In case the defects are not rectified within a week of the receipt of the complaint by the contractor/ bidder “UPNEDA” shall have full liberty to restore the system in working condition. The expenditure so incurred by “UPNEDA” shall be deducted from the contractor/ bidder pending claims, security/performance guarantee deposit or in other law full manner.

11.4 Since the maintenance of the system may also be taken up by the contractor/ bidder

after expiry of 05 years of warranty period if the end user/”UPNEDA” so desires, the contractor/bidder shall take up annual maintenance of the installed system.

11.5 The contractor/ bidder shall maintain the system under annual maintenance contract

with the end user. 12. Notice statement and other communication send by “UPNEDA” through registered post

or telegram or fax or Email to the contractor/ bidder at his specified addresses shall be deemed to have been delivered to the contractor/ bidder.

13. Any work which is not covered under this contract but is essential required for the

completion of job (To the satisfaction of UPNEDA) shall be carried out by the contractor as extra item or which payment shall be made separately at the rates decided by UPNEDA

26 | P a g e

14. The work shall be carried out by the contractor/ bidder as per design and drawings approved by “UPNEDA”, wherever, necessary, the contractor/ bidder shall submit relevant designs and drawings for approval of “UPNEDA”, well in advance. Work carried out without “UPNEDA”’s approval shall not be accepted and the “UPNEDA” shall have right to get it removed and to recover the cost so incurred from the contractor/ bidder.

15. The contractor/ bidder shall provide one copy system manual containing instruction

manual/ routine maintenance manual and maintenance record of the systems with each unit supplied or installed, this shall be both in English and Hindi language. (The draft of pass book shall be approved by UPNEDA)

The following minimum details must be provided with manual: (a) About the complete photovoltaic system including PV modules, battery and

electronics (b) Do’s and Don’ts (c) Clear instructions on regular maintenance and trouble shooting of the system (d) Name & address of the contact person in case of non-functioning of the system. (e) About LED lighting 16. The contractor/ bidder shall not display the photographs of the work and not take

advantage through publicity of the work without written permission of “UPNEDA”. The contractor will also submit a soft and hard copy of photograph of system with UID number (issued by UPNEDA) written on Pole/box with handing over certificate.

17. PATENT RIGHT AND ROYALTIES. The Contractor/ bidder shall indemnify the “UPNEDA” against all third party claims of

Infringement of patent, royalty's trademark or industrial design rights arising from use to the goods or any part thereof.

18. PACKING FORWARDING 18.1 Contractor/ bidders, wherever applicable, shall after proper painting, pack and crate all

the equipment in such manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till time of installation. Contractor/bidder shall be held responsible for all damage due to improper packing.

18.2 The contractor/ bidder shall inform the “UPNEDA” of the date of each shipment from his

works, and the expected date of arrival at the site for the information of the “UPNEDA” project offices at least 7 days in advance.

19. DEMURRAGE WHARF AGE, ETC

All demurrage, wharf age and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the contractor/ bidder.

27 | P a g e

20. INSURANCE The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage during transportation shall be included in the bid price. 21. TRANSPORTATION The contractor/ bidder is required under the contract to deliver the goods to the site.

Transportation, storage, safety and security of the supplied material, issuance of road permit etc. shall be the sole responsibility of the contractor/bidder. 22. TERMINATION FOR INSOLVENCY “UPNEDA” may at any time terminate the contract by giving written notice to the contractor/bidder without compensation to the contractor/ bidder, if it becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the “UPNEDA”. 23. TERMINATION FOR CONVENIENCE The “UPNEDA”, may by written notice sent to the contractor/ bidder, terminate the contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the purchaser’s convenience in the interest of “UPNEDA”. 24. APPLICABLE LAW The contractor/ bidder shall be interpreted in accordance with the laws of the purchaser’s country i.e. India. The station of “UPNEDA” Headquarter shall have exclusive jurisdiction in all matters arising under this contract. 25. NOTICE 25.1 Any notice given by one party to the other pursuant to the contract shall be sent in writing or by fax and confirmed in writing to the address specified for that purpose in the special condition of contract. 25.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later. 26. TAXES DUTIES AND INSURANCE: The price quoted should include all taxes, duties and Insurance expenditure, custom duty,

excise duty, service tax, sales tax, C.S.T., local taxes, Income Tax, Surcharge on income tax etc. if any. Supplier/ contractor/ bidder shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as per Government income tax & service tax norms will be payable by the contractor/ bidder what so ever. If any new tax/duty is levied during the contract period the same will be borne by the contractor exclusively. TDS will be deducted from the payment of the contractor/ bidder as per the prevalent laws and rules of Government of India and Government of the Uttar Pradesh in this regard.

28 | P a g e

27. OTHERS:

27.1 All the LED's use in luminary should have same characteristics. 27.2 I-V curve of the each module technical details such as Voc, Isc, FF, cell efficiency and Pmax

etc shall be supplied along-with each consignment and copy should be sent to “UPNEDA” HQ for records.

27.3 The Contractor/ bidder in consultation with concerned Project Officer of “UPNEDA” will conduct training programme for users, focusing on main features, operation and maintenance of the systems.

27.4 The Contractor/ bidder shall continue to provide spare parts after the expiry of warranty period at the users cost. If the contractor/ bidder fail to continue to supply spare parts and services to users “UPNEDA” shall take appropriate action against the Contractor/ bidder.

27.5 After successful supply/commissioning of the system and training, the system will be handed over to the person designated by the UPNEDA.

27.6 It shall be the sole responsibility of the contractor/ bidder to get verified the quality & quantity of the supplied material at the site of delivery.

28. PAYMENTS: The payments shall be made as per the following terms and conditions: i) 70% of the ordered value after the supply of the complete system at site and duly certified by

the concerned district officer of UPNEDA as per the technical specification and terms and conditions specified in the contract.

ii.) 15% of the ordered value after establishing of service center, installation and commissioning

of the system alongwith the summary of Joint Commissioning & handing over certificate, indicating bill of material and successful commissioning duly countersigned by the designated officer and end user.

iii) The balance 15% payment to be released @3% at the end of each year for 5 years, on

satisfactory performance and timely submission of quarterly performance report. However this can be released immediately after installation and commissioning of the system against bank guarantee of 3 % each valid respectively for 1,2,3,4 & 5 years.

29. In case of any ambiguity in interpretation of any of the provisions of the tender, the decision

of “UPNEDA” shall be final. (Signature of Bidder)

with seal

29 | P a g e

Part -4

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

SCOPE OF WORK

The scope of work includes design, supply, installation, commissioning of Solar High Mast

Lighting System (W-LED light source and Li-Ion battery based) including 05 years comprehensive

warranty maintenance in various sites. of various districts of Uttar Pradesh as per the following

specifications.

GENERAL TECHNICAL SPECIFICATION:

A Solar PV White- LED High Mast Light consist of white LED luminary of 4*30 Watt ( LED + Driver) as

per configuration along with solar PV modules and Li-Ion battery of given capacity, necessary control

electronics-inter connecting wires / cables, module mounting structures etc. to operate the load for

dusk to dawn. The broad performance specifications of a White Light Emitting Diode (W-LED) light

source based solar street lighting system are given below

BROAD PERFORMANCE PARAMETERS

PV Module Only indigenous modules shall be used in the

project. SPV module aggregate capacity 440 Wp (110 Wp X 4 Nos.)

at 16.4 +_ 0.2 Volt under STC. Module Voc minimum of 21V.

Battery Li-Ion batteries of aggregate capacity 12 Volt, 400 Ah @ C/10,

(i.e. 12 V, 100 Ah x 4Nos.)

Light Source -LED) 4*30 Watt( LED

+Driver)

Permitted

Light Out put White colour (colour temperature 5500-6500 K). Lumen efficacy of

LED- min 120 lumens/Watt @350 mA. The illumination should be

uniform without dark bands or abrupt variations, and soothing to the

eye. Higher light output will be preferred.

Average duty

cycle

Dusk to dawn

MINIMUM TECHNICAL REQUIREMENTS / STANDARDS

1. DUTY CYCLE

2. The Solar PV White- LED High Mast Light system should be designed to operate for dusk to

dawn.

3. SPV MODULES:

i. Only indigenous modules of reputed brand IEC Tested shall only be used in the project.

30 | P a g e

Crystalline high power/efficiency cells shall be used in the Solar Photovoltaic module. The power

output of the each module shall not be less than 110 Wp at load voltage* 16.4 +- 0.2 Volt under

standard test conditions (STC). * Not applicable for MPPT charge controller.

ii. The open circuit voltage of the PV modules under STC should be at least 21.0 Volts.

iii. Crystalline high power/efficiency cell shall be used in the Solar Photovoltaic module. The cell

efficiency should not be less than 16% .

iv. PV module must be warranted for output wattage, which should not be less than 90% at the end of

10 years and 80% at the end of 25 years.

v. The terminal box on the module shall be IP 65 and designed for long life out door operation in

harsh environment should have a provision for opening for replacing the cable, if required.

vi. The offered module shall be in accordance with the requirements of MNRE.

vii. Latest edition of IEC 61215 edition II / IS 14286 for Crystalline and shall be certified by MNRE

authorized test center. The bidder shall submit appropriate certificates.

viii. PV modules must quality to IEC 61730 Part 1- requirements for construction & Part 2 –

requirements for testing, for safety qualification.

ix. Protective devices against surges at the PV module shall be provided. Low voltage drop bypass

diodes shall be provided and if required, blocking diode(s) may also be provided.

x. IDENTIFICATION AND TRACEABILITY

Each PV module must use a RF identification tag (RFID), which must contain the following

information:

(i) Name of the manufacturer of PV Module

(ii) Name of the Manufacturer of Solar cells

(iii) Month and year of the manufacture (separately for solar cells

and module)

(iv) Country of origin (separately for solar cells and module)

(v) I-V curve for the module

(vi) Peak Wattage, Im, Vm and FF for the module

(vii) Unique Serial No and Model No of the module

(viii) Date and year of obtaining IEC PV module qualification

certificate

(ix) Name of the test lab issuing IEC certificate

(x) Other relevant information on traceability of solar cells and

module as per ISO 9000 series.

The RFID should be inside the module laminate.

4. BATTERY

Battery shall be Li-Ion type. The batteries should conform to the latest BIS and IEC

standards. A copy of the relevant test certificate for the battery should be furnished. The

31 | P a g e

battery of reputed make Tested by MNRE/ NABL test laboratory for relevant latest BIS

/IEC standard) shall only be used.

1. Capacity of the battery shall be not less than 12V, 100 Ah at C10 rate each.

2. Minimmum DOD of battery shall be 80%.

3. Battery shall have a design life expectancy of >5 years at 80% DOD at 27°C.

4. Battery terminal shall be provided with covers.

5. Suitable carrying handle shall be provided.

6. Bidder shall mention the design cycle life of batteries at 75%, 50% and 25%

depth of discharge at ambient temperature up to 45 degree C.

7. The batteries shall be designed for operating in ambient temperature of site up

to 55 degree C.

8. The self discharge of batteries shall be less than 2 % per month of rated

capacity at 27 degree C.

9. Light Source:

i. The light source will be of white LED type The color temperature of white LEDs used

in the system should be in the range of 5500 degree K – 6500 degree K. Use of LEDs

which emits ultraviolet light will not be permitted.

ii. The illumination should be uniform without dark bands or abrupt variations, and

soothing to the eye. Higher light output will be preferred. The light output from the

white LED light source should be almost constant.

iii. The lamps should be housed in an assembly suitable for outdoor use and shall comply

with IP65. The LED housing should be made of pressure die cast aluminum having

sufficient area for heat dissipation and heat resistant toughened clear glass/ high

quality poly carbonate fitted with pressurized die cast aluminum frame with SS

screws. The temperature of heat sink should not increase more than 30 degree C above

ambient temperature even after 48 hrs of continuous operation. This condition should

be complied for the dusk to dawn operation of the lamps while battery operating at any

voltage between the loads disconnect and charge regulation set point.

iv. High power LED of minimum 1 watt each capacity capable to withstand maximum 1

amp driving current having lens angle greater than 120 degree shall be used. The

LED of reputed make Having LM 79 and LM 80 test report shall only be used.

v. The LED efficacy should be more than 120 lumen / watt @ 350 mA, The total

luminaire efficacy should not be less than 100 lumens per watt.( Including all loses) i.e

the lumens output of each luminaire should not be less than 3000 lumens.

32 | P a g e

vi. All LED in circuit must be connected in series only. It must incorporate fail short

mechanism in all LEDs

vii. The LEDs used in the luminaire should have life time more than 50,000 hrs.

viii. The lumen depreciation of LED shall not be more than 30% even after 50,000 burning

hours.

ix. Power consumption of the each LED Luminaire / Lighting unit shall not be more

than 18 W (including LED Driver power loss).

x. The lux level over a 16 meter of radius should not be less than 5% at the point

mentioned below in the lux level distribution chart.

The chart is plotted for 6.5 meter high, with lamp bracket arm of 1 meter with 5

degree. Grid spacing 1×1 meter. Maintenance factor 0.8.

The average Lux should be min 6 lux and average/min = min 0.25

xi. Other Parameters :

– better than 3 %

– 12 V DC

- DC-DC ( as per IEC 62384)

- 70 % Typical

- Free from glare and flickering and UV

– upto 50 deg

convertor efficiency > =90 %

xii. The connecting wires used inside the luminaries, shall be low smoke

halogen free, fire retardant e-beam cable and fuse protection shall be

provided at input side.

xiii. Auto resettable reverse polarity protection shall be provided

xiii. LED lighting unit shall comply to LM -79-08 and LM -80-08

Standards and copy of test certificate should be submitted.

xiv. The make, model number, country of origin and technical characteristics

of white LEDs used in the lighting system must be furnished.

xv. The luminaries must have light distribution polar curve. The bidder should submit the polar curve of luminaries in LM 79 report.

10. ELECTRONICS

i MPPT charge controller to maximize energy drawn from the Solar PV array. The MPPT

33 | P a g e

charger shall be microcontroller based. The MPPT should have four stage charging

facilities i.e Bulk, Absorption, Float and Equalization. The auto equalization facilities for

every (30+_2 days) and provision to verify it during testing. The PV charging efficiency

shall not be less than 90% and shall be suitably designed to meet array capacity. The charge

controller shall confirm to IEC 62093, IEC 60068 as per specifications

i. Protection against polarity reversal of PV array and battery, Over

Current, Short Circuit, Deep Discharge, Input Surge Voltage ; Blocking

diode protection against battery night time leakage through PV Module

ii. Electronics should operate 21volt and 10 volt and its Euro efficiency

should be at least 90 %.

iii. The system should have protection against battery overcharge and deep

discharge conditions. The numerical values of the cut off limits of lower

voltage should not be less than 11.1 Volt and over voltage cutoff should be 16.5 V

iv. Full protection against open circuit, accidental short circuit and reverse polarity should

be provided

v. Charge controller shall have automatic dusk-dawn circuit based on spv module as

sensor for switching on/off the high mast light without manual intervention. The sensor

must not get triggered by impulse lighting like lightning flashes and firecrackers.

vi. The self-consumption of the charge controller shall not be more than 20 mA at

rated voltage and rated current.

vii. Adequate protection shall also be incorporated under no-load conditions (i.e.

when the system is ON & the load (LED Lamp is removed)

viii. The system should be provided with 2 LED indicators: a green light to indicate

charging in progress and a red LED to indicate deep discharge condition of the battery.

The green LED should glow only when the battery is actually being charged. ix. All capacitors shall be rated for max. temp of 105° C.

x. Resistances shall preferably be made of metal film of adequate rating.

xvii. Device shall have adequate thermal margin should be at least 25 degree below the

allowable junction temperature while operating at an ambient temperature of 55 degree C and full load.

xi. Fibre glass epoxy of grade FR 4 or superior shall be used for PCB boards.

Technical Requirement/Standards

Item / System Applicable BIS /Equivalent IEC Standard

Or MNRE Specifications

Standard Description Standard Number

34 | P a g e

Solar PV Systems

Charge Controller/MPPT

Units and Protections

Crystalline Silicon Terrestrial

PV Modules

IEC 61215 / IS14286 Test Certificates / Reports from IECQ / NABL accredited laboratory for relevant IEC / equivalent BIS standard. IEC IEC 62093

Equivalent BIS Std.

Storage Batteries Li- Ion Battries

Latest BIS / IEC standards

Cables General Test and

Measuring Method

PVC insulated cables for

working voltage up to and

including 1100 V

UV resistant for outdoor

Installation

IEC 60189

IS 694/ IS 1554

IS/IEC 69947

Junction Boxes /Enclosures

for Inverters/Charge

Controllers/Luminaries

General Requirements IEC 62208

IP 65

LED LED performance

Luminary performance

LM -80-08

LM 79-08

2.4 MECHANICAL HARDWARE

(i) A galvanized metallic frame structure to be fixed on the pole to hold the SPV module(s).

The frame structure should be fixed at 30 degree from horizontal facing true south.

(ii) The pole should be Hot deep Galvanized Iron Octagonal pole in single length for 7.0 mtr.

Height as per specification as under:

(a) The Octagonal poles shall be Hot deep galvanized to min 120 microns. The material of

pole shall be as per specification of BS EN 100025 , ISO 1461 .

(b) The size of the pole shall be min 75 mm at Top side, 150 mm at bottom side with

35 | P a g e

thickness of 4 mm minimum.

(d) The base plate of pole shall be of size 260 X 260 X 18 mm duly welded to pole.

(f) Pole should have the arrangement at top for mounting of Solar panel of design capacity

with mounting structure at an angle of latitude +20 degree.

(g) The four LED luminaire shall be mounted on this pole at height of 6.5 meter from pole

bottom.

(h) The battery either two or four shall also be mounted on this pole at suitable height

hence provision should be made accordingly.

(i) The pole shall be mounted on suitable RCC foundation at least 1 meter deep and 0.5

meter above ground with 4 bolt of min 20 mm size

(j) the Nut -Bolts in battery box and panel structures should be proper riveted to ensure the

theft.

(k) The design and foundation details of the pole shall be got approved from UPNEDA

before execution of work.

vi) BATTERY BOX :

vented metallic box of 20 SWG thick made of pre coated galvanized ms sheet with 60 microns

thickness for housing the storage battery outdoors should be provided with proper lock and key. The

boxes should be inscribed with UPNEDA written on at least two faces. The size of box should

be as per battery size (including vent plug/level indicator) providing minimum clearance of 50

mm on all sides. The battery box is to be properly rest/mounted on pole at 03 meters of height

from ground level. Louvers for proper ventilation should be provided on one side and back of

the battery box. No vent shall be providing on top of battery box. Box should be provided with

proper locking arrangement. The edges of box should be turned properly to give smooth edge

and good strength. Two wooden battens should be fixed inside the battery box to avoid the

electrical contract between battery and box. Components and hardware shall be vandal and

theft resistant. All parts shall be corrosion- resistant

vii) ELECTRIC CABLE

The electric cable used shall be twin core PVC insulated water and UV resistance

copper cable of minimum size 1.5mm. Cable shall meet IS 1554 / 694 Part 1:1988 & shall be

of 650 V/ 1.1 kV

36 | P a g e

2.5 OTHER FEATURES

A toll free number (i.e. 1800 180 0005) of IVRS of UPNEDA and 14 digit UID number of

minimum computer font size 72 or 13 mm (issued/provided by UPNEDA) is to be embossed/

punch on pole between 1-1.5 meter above from ground level and in front of battery box by

contractor/ bidder, which in case of non-working/ operational problems etc of system will be

dialed by the beneficiary etc to lodge a complaint in respect of system problems. The IVRS will

divert the complaint to Contractor/ bidder through E mail, SMS etc. The contractor/ bidder will

have to rectify the same to make/ restore the system to working position within 72 hours in the

warrantee period of 5 years, failing which the system may be get rectified on contractor/ bidder

cost and the cost will be recovered by contractor/ bidders pending claims what so ever and

appropriate action as per non compliance etc of agreement will be considered/taken.

2.6 INSTALLATION OF SYSTEM:

The system should be properly installed at site. The SPV module mounting structure along

with telescopic octagonal pole should be properly grouted depending upon the location and

requirement of the site. The grouting should be such that it should withstand the maximum

wind speed /storm of 150 kmph. The pole should be rest on a suitable foundation. (RCC

Foundation size 600 mm x600 mm x 1200 mm deep and 500 mm above the ground level.

must have 4 nos. foundation bolts of 1000 mm & 20mm dia.) Adequate space should be

provided behind the PV module/array for allowing un-obstructed air flow for passive cooling.

Cables of appropriate size should be used to keep electrical losses to a bare minimum. Care

should be taken to ensure that the battery is placed with appropriate leveling on a structurally

sound surface. The control electronics should not be installed directly above the battery. All

wiring should be in a proper conduit or capping case. Wire should not be hanging loose. Any

minor items which are not specifically included in the scope of supply but required for proper

installation and efficient operation of the SPV systems, is to be provided by the manufacturer

as per standards.

2.7 WARRANTY

The mechanical structures, electrical works including power conditioners/inverters/charge

controllers/ maximum power point tracker units/distribution boards/digital meters/ switchgear/

storage batteries, etc. and overall workmanship of the SPV power plants/ systems must be warranted

against any manufacturing/ design/ installation defects for a minimum period of 5 years.

Traceability of the product to be supplied In order to prevent the misuse of the product such as unauthorized sale or diversion to the open market, the

following incorporation shall be made in the product.

a) Engraving (or) Screen printing of UPNEDA at a suitable place on the main components viz., SPV

Panel, Battery, LED Lighting Units to be used in the installation of the solar high mast lighting systems.

b) The unique system ID number as provided by UPNEDA shall be embossed or punch or

permanently riveted on each pole and battery box of the system.

37 | P a g e

PART -5 WARRANTY AND MAINTENANCE

The PV modules will be warranted for a minimum period of 25 years from the date of supply. (Output wattage should not be less than 90% at the end of 10 years and 80% at the end of 25 years).

The mechanical structures, electrical components including battery and overall workmanship of the Solar PV White- LED High Mast Light Systems must be warranted for a minimum of 5 years from the date of commissioning and handing over of the system..

The Comprehensive Maintenance (within warranty period) shall be executed by the firm themselves or through the authorized dealer/ service center of the firm in the concerned district.

It is mandatory for the contractor/ bidder to open an authorized service center in the concerned district before the supply/installation of the system.

Necessary maintenance spares for five years trouble free operation shall also be supplied with the system.

The contractor/ bidder shall be responsible to replace free of cost (including transportation and insurance expenses) to the purchaser whole or any part of supply which under normal and proper use become dysfunctional within one month of issue of any such complaint by the purchaser.

The service personnel of the Successful Bidder will make routine quarterly maintenance visits. The maintenance shall include thorough testing & replacement of any damaged parts Apart from this any complaint registered/ service calls received / faults notified in the report generated by the IVRS should be attended to and the system should be repaired/ restored/ replaced within 4 days.

A separate Service & Maintenance passbook shall be maintained with each system as per the format provided by UPNEDA. The deputed personnel shall be in a position to check and test all the components regularly, so that preventive actions, if any, could be taken well in advance to save any equipment from damage. Any abnormal behavior of any component shall be brought to the notice of UPNEDA for appropriate action.

Normal and preventive maintenance of the Solar PV White- LED High Mast Light systems such as cleaning of module surface, tightening of all electrical connections, , cleaning & greasing of battery terminals, also the duties of the deputed personnel during quarterly maintenance visits.

During operation and maintenance period of the Solar PV White- LED High Mast Light systems, if there is any loss or damage of any component due to miss management/miss handling or due to any other reasons pertaining to the deputed personnel, what-so-ever, the supplier shall be responsible for immediate replacement/rectification. The damaged component may be repaired or replaced by new component

38 | P a g e

Technical BID

Description To be furnished by the Tenderer

A. Solar PV Module

1. Type of Module

2. Make

3. Availability of RFID tag

4. Max power at STC Pmax (W)

5. Max power voltage Vmp(V)

6. Max power current Imp(A)

7. Open circuit voltage Voc (V)

8. Short circuit current Isc (A)

9. Load current at 16.4 Volt Iload

10. Conversion Efficiency

11. No of cells per module

12. bypass diodes

13. Solar module frame material

14. Module Dimension

15. Module Weight

16. Fill factor

B. Li- Ion Battery

1. Make

2. Type

3. Capacity of Battery

4. Self Discharge

5. DOD

6. Design Cycle Life of battery

7. Charge efficiency

8. Size & Weight of Battery

39 | P a g e

C. Electronics

1. Make

2. Charger Type

3. PV Charging Efficiency

4. Idle current consumption

5. Operating voltage

6. Temperature compensated set points

7. Details of Indicators provided

8. Details of Protections provided

i. Battery Over charge set value

ii. Deep discharge set value

iii. Short Circuit

iv. Open Circuit

v. Reverse polarity

vi. Blocking Diode

vii. Others

D. LED Lighting Unit

1. Make and material of housing

2. Power consumption of LED lighting

unit

3. No of LEDs

4. Wattage of each LED

5. Driver Consumption

6. Make and origin of LED

7. Lumens output

8. LED DC Current Regulation

9. Input Voltage

10. Beam Angle

11. CRI

40 | P a g e

12. LED Efficacy

13. Luminaire Efficiency

14. Automatic ON/OFF Timings

15. Other features ( IP 65 )

E. Module Mounting frame

1. Material used

2. Whether Protection against corrosion

provided

3. Angle of inclination to horizontal

F. Pole

1. Material used

2. Height (Mtr.)

3. Thickness

4. Weight of pole

5. Diameter

6. Whether pole is Galvanised

G. Battery housing

1. Material

2. Dimension

3. Whether Protection against corrosion

provided

4. Air vent and locking arrangement

H. Connecting cables / wire

1. Material and size

2. Details of Switches (Nos.)

Any other Details

(Signature of Bidder)

with seal

41 | P a g e

PART II (Financial Bid)

e-tender NO. UPNEDA/Solar High Mast (W-LED, Li-Ion) /2016) FINANCIAL BID

Name of the Firm: ------------------------------------------------------------------------------ Design, Supply, Installation, Commissioning and 5 years Warranty with comprehensive maintenance of Solar PV High Mast Lighting System comprising of 440 wp module, 12V, 100 Ah battery- 04 nos Li-Ion Batteries and 30 watt X 4 nos. W- LED

Luminaires with pole and hardware at identified sites of Uttar Pradesh as per Technical specifications, Terms and Conditions of the e-tender document.

S.N. Item

Unit Rate (in Rs.)

1 Design, Supply, Installation, Commissioning and 5 years Warranty with comprehensive maintenance of Solar PV High Mast Lighting System (W-LED light

Source and Li-Ion battery based ) at identified sites of Uttar Pradesh, FOR site, as per technical specifications, terms and conditions mentioned in the tender inclusive of all taxes & duties, trade tax/ vat, storage, transportation up to site, insurance etc. and any other job required to properly execute the complete work.

Total Amount (In Figures and Words)

NOTES: 1. Certified that rates quoted above are as per the requirement, specification terms &

condition mentioned in the e-tender document. 2. The rates are inclusive of all taxes & duties, storage, transportation up to site, insurance

etc., and any other job required to properly execute the complete work.

(Signature of Bidder) With seal

To be uploaded in Part II.

Other document / condition, terms if enclosed will liable to be rejection of bid.

42 | P a g e

Annexure - I

Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA)

JOINT COMMISSIONING AND HANDING OVER CERTIFICATE /WARRANTEE CARD:

(To be submitted in 3 copies )

It is hereby certified that following system has been supplied, installed, commissioned and handed over to the beneficiary as

per following details:-

(Signature) (Signature) Authorized Signatory of Sr./Project Officer/Incharge -Project firm UPNEDA (with seal) (With seal) System unique identification code (UID) 14 digit provided by UPNEDA _______________ (In case of complaint dial toll free number 1800 180 0005 for complaint lodging.)

¼f'kdk;r dh n'kk esa fu'kqYd nwjHkk"k la0 1800 180 0005 ij ntZ djk;saA ½ The Above System is being taken over by us in new and good condition and we will ensure the safety & security and also the

weekly cleaning of solar panel in the system. ¼mijksDr fooj.k ds vuqlkj esjs }kjk la;a= u;k ,oa pkyw gkyr esa izkIr fd;k x;k gS vkSj ge mDr la;a= dh ns[kjs[k ,oa lqj{kk ds lkFk&lkFk lksyj iSuy dh lkIrkfgd lkQ&lQkbZ fd;k tkuk lqfuf'pr djsxasA ½

1 gLrk{kj 2 la;a= izkIr djus okys dk uke 3 ykHkkFkhZ laLFkk@xzke iapk;r@ vU; laLFkk 4 eqgj

Sr.

No.

Items Details

1 Name of system Solar High Mast (W-LED light source and Li-Ion battery based)

2 Agreement Number

Date

3 Work Order Number

Date

4 UID number (14 digit)

5 Name of beneficiary

(with mobile number)

6 District

7 Block

8 Gram Panchayat

9 Exact location of installation

(land mark)

10 Date of installation

11 Warrantee expire on

12 Name & Address of the

Manufacturer/ Supplier of the

system

13 SPV Modules Installed

Sr. No

Make

Model

14 Battery

Sr. No

Make

Model

Training for operation &

maintenance of the systems

Provided/Not Provided

Technical literature, operation &

maintenance manual in English &

Hindi

Provided/Not Provided


Recommended